SOLICITATION NOTICE
59 -- Notice of Intent to Sole Source: One (1) Erbium (ER): Yttrium Aluminum Garnet (YAG) Single Frequency Nanosecond Pulsed Laser
- Notice Date
- 7/13/2022 7:34:32 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334413
— Semiconductor and Related Device Manufacturing
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX22Q0136
- Response Due
- 7/20/2022 9:00:00 AM
- Archive Date
- 08/04/2022
- Point of Contact
- Brianna Murphy, Alexander Cheatham, Phone: 5756784963
- E-Mail Address
-
Brianna.Murphy.ctr@army.mil, alexander.k.cheatham.civ@army.mil
(Brianna.Murphy.ctr@army.mil, alexander.k.cheatham.civ@army.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. NOTICE: The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i). The name of the company the Government intends to award a contract to is IPG Photonics, 50 Old Webster Road, Oxford, MA 01540, Cage Code: 1KKG9. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. ������������������� (ii)� The solicitation number is W911QX22Q0136.� This acquisition is issued a request for quotation (RFQ). ������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06, effective date 1 May 2022. ������������������� (iv)� The associated NAICS code is 334413.� The small business size standard is 1250 employees. ������������������ (v)�� The following is a list of contract line-item number(s) and items, quantities, and units of measure, (including option(s), if applicable):� CLIN 0001 - Quantity one (1) Erbium (Er): Yttrium Aluminum Garnet (YAG) Single Frequency Nanosecond Pulsed Laser/each. To include shipping, FOB destination. ������������������� (vi) �Description of requirements: Acquisition of quantity one (1) Er: YAG Single Frequency Nanosecond Pulsed Laser which must meet the following requirements: 1. Wavelength � One thousand six hundred seventeen or one thousand six hundred forty-five nanometer (1617-1645 nm); 2. Linewidth/bandwidth twenty megaJoules (20 mJ) at one thousand hertz pulse repetition frequency (1000 Hz PRF) 6. Beam divergence < two point five milliradin (2.5 mrad) ������������������� (vii) Delivery is required by August 1, 2022. Delivery shall be made to 2800 Powder Mill Road, Adelphi, MD 20783. Acceptance shall be performed at Destination. The FOB point is Destination. ������������������� (viii) The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition.� The following addenda have been attached to this provision: NONE. ������������������� (ix)� Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. ������������������� (x)� The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE.� ������������������� (xi)� The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition.� The following additional FAR/DFARS clauses cited in this clause are applicable: FAR: 52.204-10: REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018) 52.209-6: PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021) 52.219-28: POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021) 52.222-3: CONVICT LABOR (JUN 2003) 52.222-19 DEVIATION 2020-O0019: CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022) 52.222-21: PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26: EQUAL OPPORTUNITY (SEP 2016) 52.222-36: AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50: COMBATING TRAFFICKING IN PERSONS (NOV 2021) 52.223-18: ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13: RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33: PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION (OCT 2018) DFARS: 252.203-7005: REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) * 252.204-7015: DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.204-7016: COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) * 252.204-7017: PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) * 252.204-7018: PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2021) 252.223-7008: PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7012: PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2017) 252.225-7974 DEVIATION 2020-O0005: REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (FEB 2020) * 252.232-7010: LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000: SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023: TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) ������������������� (xii)� The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): FAR: 52.204-7: SYSTEM FOR AWARD MANAGEMENT (OCT 2018) * 52.204-13: SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-16: COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020) * 52.204-18: COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 52.204-19 INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.204-20 PREDECESSOR OF OFFEROR (AUG 2020) 52.204-24: REPRESENTATION REGARDING CERTAIN* TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) * 52.232-40: PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (NOV 2021) 52.247-34: F.O.B. DESTINATION (NOV 1991) DFAR: 252.203-7000: REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) 252.204-7000: DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.232-7003: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.243-7001: PRICING OF CONTRACT MODIFICATIONS (DEC 1991) *Indicates Provision CLAUSES INCORPORATED BY FULL TEXT: 52.252.2: CLAUSES INCORPORATED BY REFERENCE (FEB 1999) 252.211-7003: ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.232-7006: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) LOCAL PROVISIONS: INTENT TO SOLICIT ONLY ONE SOURCE EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS LOCAL CLAUSES: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOV INSPECTION AND ACCEPTANCE TAX EXEMPTION CERT. (ARL) ������������������� (xiii)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. ��������� ��������� (xiv)� The following notes apply to this announcement:� In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition ������������������� (xv)� Offers are due on Five (5) business days from posting, by 11:59am Eastern Time (ET), at brianna.murphy.ctr@army.mil . ������������������� (xvii)� For information regarding this solicitation, please contact Brianna Murphy (Acquisition Specialist), �brianna.murphy.ctr@army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1c5bc11717df439a801b00cd487c7478/view)
- Place of Performance
- Address: Adelphi, MD 20783, USA
- Zip Code: 20783
- Country: USA
- Zip Code: 20783
- Record
- SN06387809-F 20220715/220713230108 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |